Planning

Field Deployable Computed Tomography System (FDCTS)

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

24 Jan 2022 at 15:34

Summary of the contracting process

The Ministry of Defence is initiating a procurement process for a Field Deployable Computed Tomography System (FDCTS), classified under the category of CT scanners. The buying organisation is located in Bristol, England, with the postal code BS34 8JH. Currently, the process is in the planning stage, and interested parties should respond to the market engagement notice by 18 February 2022. This tender is part of a larger effort to acquire high-fidelity, portable CT scanning equipment designed for deployment in operational settings, with an expected delivery by the financial year 2024/2025.

This procurement opportunity is particularly suited for businesses specialising in medical imaging equipment, mobile infrastructure solutions, and training services. Companies that can provide innovative CT scanner technology that meets specified ruggedness and operational versatility will find this a valuable opportunity. Furthermore, businesses able to offer ongoing support, such as maintenance and training, could play a significant role in fulfilling the long-term needs outlined in the tender specification.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Field Deployable Computed Tomography System (FDCTS)

Notice Description

FDCTS ILR - RFI (via the DSP) - Listed requirements are given at a high level; to open communications, not enter a formal engagement, as this is just an Initial Look Request (ILR). Should the decision be taken to proceed with an acquisition, a formal competition process would follow. - If you would be able to assist with elements of the below, please provide details. - Where multiple alternatives could fulfil a requirement, please provide separate descriptions and costs for each option. - Very Rough Order of Magnitude (VROM) costs only are requested at this stage. If costing for an item is provided as a range, please also indicate most likely cost. - A response is requested within 3 weeks of this notification being released. - Images of equipment (.pdf) would be useful. - Likely delivery timescale would be by FY 24/25 for the full capability including delivery of initial training. Requirement - 2x Field Deployable Computed Tomography (CT) scanner. High-fidelity full-body scanner with no lower than 64-slice capability and fitted with appropriate power interface ports. Robust enough scanner to be taken off-road to be deployed on Operations, or sufficiently damped to enable traversing rough terrain. Head to pelvis scanning in one pass will be a minimum requirement. Please provide details of dosage and time required to complete a full body scan. If this is not possible in one pass, indicate dosage and time to complete full body. - Surrounding Infrastructure (Container/Shelter) - CT scanner will need to be fitted within either a self-deploying capability or transportable container by existing fleet which permits deployment of a 20' ISO (International Standards Organisation) shipping container. Container/shelter solution could be an entirely solid shell or a combination of solid walls and an expanding shelter in place of a solid roof. The capability will require a rigid floor/baseplate that is self-levelling to permit use in the field and a shielded clinical area will be required for the radiographers. Suitable space to permit full-body scanning in one pass is desirable; head to pelvis scanning in one pass as a minimum. - Training - Initial user and maintainer courses. - Through Life Support for the full capability for a minimum of 10 years. This is to include training, spares, servicing, maintenance and Ongoing original Equipment Manufacturer (OEM) post-design services

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-5555c0fa-8908-4c9c-9ceb-342f9de88251
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/82c66ef5-ffc7-4a61-aee6-41e22e4b4407
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

34 - Transport equipment and auxiliary products to transportation

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

33115100 - CT scanners

34221000 - Special-purpose mobile containers

44211100 - Modular and portable buildings

44211110 - Cabins

44211200 - Cubicles

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Jan 20224 years ago
Submission Deadline
Not specified
Future Notice Date
18 Feb 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS34 8JH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
TLK South West (England)

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-5555c0fa-8908-4c9c-9ceb-342f9de88251-2022-01-24T15:34:29Z",
    "date": "2022-01-24T15:34:29Z",
    "ocid": "ocds-b5fd17-5555c0fa-8908-4c9c-9ceb-342f9de88251",
    "language": "en",
    "initiationType": "tender",
    "title": "Field Deployable Computed Tomography System (FDCTS)",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-02-18T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/82c66ef5-ffc7-4a61-aee6-41e22e4b4407",
                "datePublished": "2022-01-24T15:34:29Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_295967/1035239",
        "title": "Field Deployable Computed Tomography System (FDCTS)",
        "description": "FDCTS ILR - RFI (via the DSP) - Listed requirements are given at a high level; to open communications, not enter a formal engagement, as this is just an Initial Look Request (ILR). Should the decision be taken to proceed with an acquisition, a formal competition process would follow. - If you would be able to assist with elements of the below, please provide details. - Where multiple alternatives could fulfil a requirement, please provide separate descriptions and costs for each option. - Very Rough Order of Magnitude (VROM) costs only are requested at this stage. If costing for an item is provided as a range, please also indicate most likely cost. - A response is requested within 3 weeks of this notification being released. - Images of equipment (.pdf) would be useful. - Likely delivery timescale would be by FY 24/25 for the full capability including delivery of initial training. Requirement - 2x Field Deployable Computed Tomography (CT) scanner. High-fidelity full-body scanner with no lower than 64-slice capability and fitted with appropriate power interface ports. Robust enough scanner to be taken off-road to be deployed on Operations, or sufficiently damped to enable traversing rough terrain. Head to pelvis scanning in one pass will be a minimum requirement. Please provide details of dosage and time required to complete a full body scan. If this is not possible in one pass, indicate dosage and time to complete full body. - Surrounding Infrastructure (Container/Shelter) - CT scanner will need to be fitted within either a self-deploying capability or transportable container by existing fleet which permits deployment of a 20' ISO (International Standards Organisation) shipping container. Container/shelter solution could be an entirely solid shell or a combination of solid walls and an expanding shelter in place of a solid roof. The capability will require a rigid floor/baseplate that is self-levelling to permit use in the field and a shielded clinical area will be required for the radiographers. Suitable space to permit full-body scanning in one pass is desirable; head to pelvis scanning in one pass as a minimum. - Training - Initial user and maintainer courses. - Through Life Support for the full capability for a minimum of 10 years. This is to include training, spares, servicing, maintenance and Ongoing original Equipment Manufacturer (OEM) post-design services",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "33115100",
            "description": "CT scanners"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "34221000",
                "description": "Special-purpose mobile containers"
            },
            {
                "scheme": "CPV",
                "id": "44211100",
                "description": "Modular and portable buildings"
            },
            {
                "scheme": "CPV",
                "id": "44211110",
                "description": "Cabins"
            },
            {
                "scheme": "CPV",
                "id": "44211200",
                "description": "Cubicles"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS34 8JH"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": false,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-175488",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "MOD Abbey Wood",
                "locality": "Bristol",
                "postalCode": "BS34 8JH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "james.kerrigan102@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-175488",
        "name": "Ministry of Defence"
    }
}